Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
MODIFICATION

99 -- Amendment 0002: Glide Slope Transformer Replacement and Power System Upgrade Portland, OR

Notice Date
6/15/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-53A ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-09-R-00090
 
Response Due
6/17/2009
 
Archive Date
7/2/2009
 
Point of Contact
PAT WORKMAN, 425-227-2863<br />
 
E-Mail Address
pat.workman@faa.gov
(pat.workman@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of amendment 0002 is to provide sketches and photos for additional information. See attached. The due date is extended to June 17, 2009. I.Purpose:The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Integrated Product Team (IPT) who will evaluate each response received and make a selection of qualified offerors based on the evaluation criteria established in the SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. All offerors that are eliminated from the competition will be notified in writing. Written responses to this SIR are due by close of business on June 10, 12:00 p.m. PDT. The solicitation and any subsequent amendments are available only on-line at http://faaco.faa.gov/ II.Project Scope: The work consists of furnishing all labor, materials, and equipment for GLIDE SLOPE (GS) TRANSFORMER AND POWER SYSTEM UPGRADE, PORTLAND INTERNATIONAL AIRPORT, PORTLAND, OR The work to be performed includes, but is not limited to the following: Install new 25KVA, 2400V to 240V, 3 wire, 1 phase Transformer and pad to 6"above ground. Install new Power Pedestal (Galvanized Uni-strut) Rack, attach, wire, ground andbond the following equipment:3 position, 240 V, 100A NEMA 3, Heavy Duty Transfer Switch.Main Service Heavy Duty Disconnect Switch for GS Bldg.Heavy Duty Disconnect Switch for PAPI System.Heavy Duty Disconnect Switch for RVR System.Portable Engine Generator receptacle junction box.Hubbell Portable Engine Generator receptacle.6" X 6" NEMA 3R Wire Way.TVSS from inside GS Building needs to be connected to New GS Disconnect Switch.Air Terminals for Lightning Protection if required due to cone of protection requirements.Special project procedures will be required to ensure security and safety while working within an active airport. The magnitude of construction is from $50,000-$100,000. The government contemplates award of a firm fixed price contract. III. Evaluation criteria: A tiered evaluation of technical proposals will be used in the source selection of this requirement. Technical proposals from other than small business concerns will only be considered after the determination that an insufficient number of acceptable technical proposals from responsible small business concerns were received. Once technical proposals are received the FAA will evaluate a single tier of technical proposals according to the order of precedence specified below. At least two qualified offerors in a given tier are required in order to be considered for selection to Phase II Request for Offers (RFO). If no selection can be made at the first tier, the evaluation will proceed to the next tier. The tiered order of precedence for considering offers is (from first to last): (a) Socially and economically disadvantaged business (SEDB) as certified by the Small Business Administration for participation in the SBA's 8(a) program;(b) Service-disabled veteran owned small business (SDVOSB);(c) Very small business;(d) Small business; and(e) Other-than small business. IV. Applicable FAA Clauses 3.1-1Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.3.1-10 Availability of Funds 3.2.2.3-1 False Statements in Offers 3.2.2.3-11 Unnecessarily Elaborate Submittals 3.2.2.3-12 Amendments to Screening Information Requests (SIR) 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004)3.2.2.3-13 Submission of Information, Documentation, and Offers 3.2.2.3-16 Restriction on Disclosure and use of Data 3.2.2.3-17 Preparation of Offers 3.2.2.3-18 Explanation to Prospective Offerors 3.9.1-2 Protest After Award 3.9.1-3 Protest This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-09-R-00090/listing.html)
 
Record
SN01845438-W 20090617/090615235507-6976a1fde4dc4fefa22ab62f1651e528 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.